Procurement - Presystem municipal property fees, 2025

The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage …

CPV: 48000000 Programvara och informationssystem, 48100000 Programvara för särskild industri, 48400000 Programvara för affärstransaktioner och personliga affärer, 48440000 Programvara för finansiell analys och redovisning, 48441000 Programvara för finansiell analys, 48442000 Programvara för finansiella system, 48443000 Programvara för redovisning, 48444000 Redovisningssystem, 48444100 Faktureringssystem, 48445000 Programvara för kundhantering, 48460000 Programvara för analys, forskning, matematik eller prognos, 48800000 Informationssystem och servrar, 48810000 Informationssystem, 79999200 Fakturering, 79941000 Inkassering av avgifter
Sista ansökningsdag:
17 juni 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Procurement - Presystem municipal property fees, 2025
Plats för tilldelning:
Ålesund kommune
Tilldelningsnummer:
25/2234

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Presystem municipal property fees, 2025
Description : The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage fees with water meters. Water and sewage fees without water meters. Waste management fees from Attvin Sludge charge from Attvin Property tax Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions) Sweeping inspection fees
Procedure identifier : b87f1d41-4919-4147-9393-fa2f3211461a
Internal identifier : 25/2234
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79999200 Invoicing services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 79941000 Toll-collection services

2.1.2 Place of performance

Anywhere
Additional information : Anywhere within the municipal borders of the participating municipalities: Ålesund municipality Haram Municipality

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Presystem municipal property fees, 2025
Description : The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage fees with water meters. Water and sewage fees without water meters. Waste management fees from Attvin Sludge charge from Attvin Property tax Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions) Sweeping inspection fees
Internal identifier : 25/2234

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79999200 Invoicing services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 79941000 Toll-collection services

5.1.2 Place of performance

Anywhere
Additional information : Anywhere within the municipal borders of the participating municipalities: Ålesund municipality Haram Municipality

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 7
Other information about renewals : One year per extension (maximum duration of the contract is ten years). The contracting authority shall give the tenderer written notification of extension in a reasonable time before the current contract period expires. Such notification shall preferably be given at the latest approx. 2 months before the contract period expires, but can be given right up until the contract ́s end date. Both parties are obliged to notify that the contract expires if it is not extended.

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Demand:  Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers order this in Altinn on behalf of their company. When ordering it is important that Ålesund municipality is stated as a copy recipient, so that the contracting authority gets a copy of the certificate directly from Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Criterion : References on specified deliveries
Description : Demand:  The tenderer is required to have experience from at least 1 equivalent assignment in the last 3 years. Equivalent assignments mean delivering a pre-system for invoicing municipal duties to a municipality with more than 20,000 inhabitants. Documentation requirement: Completed annex "The Tenderer's experience" or other document with equivalent information (max. 2 A4 pages).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Quality
Description : Orientation: The award criteria Quality will be assessed on the basis of fulfilment of the A and B requirements in the requirement specification. The requirements are weighted as follows in the quality assessment: A requirement 70% B requirement 30% Evaluation: The tenderer ́s description of how the requirements are fulfilled will form the basis for the evaluation. The contracting authority will assess: To what degree the tenderer ́s system meets the set requirements (A and B requirements) both functionally and qualitatively. Functionality: How well the systems cover the need, including efficiency, flexibility and technical qualities. User friendliness: How simple and intuitive the systems will be for final users and executive officers. Detailed level and quality of the descriptions, including how concrete, precise and relevant the tenderer ́s account is. Documentation of how the proposed system meets the requirements, with any illustrations or examples. The best solution will be awarded the highest score (10 points). Other tenders will be ranked and awarded points relative to the best system. Missing descriptions, vague or general statements without a documented system, or a lack of fulfilment of requirements, can lead to a lower score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Use case
Description : Orientation:  The contracting authority would like tenderers to reply to the following use cases, preferably with a video describing the processes. 1. Creating a new property Scenario: The municipality receives notification of new property going into the fee system. Process: How to create a new agreement. How to send a one-time fee for water and sewage connection. How to register ongoing charges (water and sewage in accordance with bra). Evaluation: The system ́s ability to handle and streamline manual registration and automation from cadastral can be assessed here. 2. Installation of water meters Scenario: A customer has installed water meters. Process: Registration of water meters and water meter contact. Collection of mobile numbers from the contact register. Option to enter another mobile number. Evaluation: Assessed according to functionality and user friendliness connected to notification, data capture and registration, including communication and integration with the contact register and any SMS system. 3. Completion of area based fee Scenario: The customer shall go from area based fee to advance payment. Process: How to end the fee per BRA. How to post advance payments for water and sewage. Evaluation: The system ́s ability to support flexible invoicing structure and user support for alterations is assessed. 4. Address Changes Scenario: The contracting authority will be notified of a change of address. Process: How addresses are updated and maintained. Evaluation: Functionality for updating based on land register data and any automation will be weighted. 5. Home crossings Scenario: There is a change of owner on a property. Process: How the transition is registered and handled in the system. Evaluation: The system ́s ability to capture and process home transitions, as well as any history/logging will be assessed. 6. SMS sending Scenario: The municipality sends SMS to the customer. Process: How sms is sent. How messages are logged and documented. Evaluation: Assessed on user friendliness, logging and the system's integration with message systems such as SvarUT. 7. Letter writing and archive. Scenario: The executive officer sends letters from the system. Process: How letter writing is connected in different modules to the case system (e.g. Acos Websak Fokus). Evaluation: Emphasis will be placed on user friendliness and traceability, as well as integration and support for archiving.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Implementation Plan
Description : Orientation:  The contracting authority would like tenderers to contribute to a successful migration from ISY ProAktiv and Cubit to the new system and ensure an efficient implementation based on experience and best practice. Tenderers shall submit a detailed implementation plan, with the following milestones and progress: 1. Implementation plan and milestones Tenderers shall submit a detailed implementation plan with the following milestones: Start-up and collaboration: Cooperation will start immediately after the contract has been signed and at the latest 15 May 2025. By 1 June 2025 the tenderer shall provide access to a test base with transferred data from ISY ProAktiv. Testing and data integration: Testing the import of test files: Sweeping fees, Attvin and test file for Visma. Parallel operations with ProActive until the new system is ready for production. Transition to a new system: The last invoicing in ProAktiv will be carried out for 3rd term (approx. 25 August 2025). The new system will be used from 1 September 2025 before invoicing the 4th term in October. Completion and startup: Implementation and testing shall be completed by 1 October 2025. Invoicing in the new system must be operative by 20 October 2025. 2. E-Learning: Describe available solutions for e-learning as a supplement or alternative to physical training. Evaluation: The evaluation of this criteria will be based on a procurement assessment of the quality of the tenderer ́s description of the implementation plan, start-up approach and training system.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment - immaterial climate footprint and environmental impact (justified below)
Description : The contracting authority uses the exclusionary provision in the PPR § 7-9 fifth section and does not weight climate and environmental considerations in accordance with the second section. The contract is assessed to have a climate footprint and an immaterial environmental impact, and this is justified below. Grounds: The object of the procurement is a cloud based ICT system that is offered as a service contract. The delivery will mainly occur digitally and does not include physical goods transport, production or demanding resources. All meetings are preferably held digitally, and any physical journeys will be very limited and regulated in accordance with the principle of the lowest possible environmental impact. Insignificant climate footprint and environmental impact are therefore expected as a result of this procurement. This is considered to be in accordance with current practices for procurements of pure cloud services and software without physical installation or extensive logistics.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 09/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58579

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 17/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 17/06/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett -
Organisation providing more information on the review procedures : Møre og Romsdal tingrett -

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : b9b77da9-0482-4504-a789-24d8386b2a11 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 07:50 +00:00
Notice dispatch date (eSender) : 16/05/2025 07:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00321503-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025